Multiple award IDIQs add a layer that single award IDIQs do not have: competition at the order level. In operational contracting you will see these as MACCs, MATOCs, or government-wide vehicles like GSA OASIS. Every order must go through a fair opportunity process unless a statutory exception applies. This is where most new contracting officers trip up - not on the ordering itself, but on the fair opportunity documentation.
How to place task and delivery orders when more than one contractor holds the same IDIQ. Governed by FAR 16.505(b) and the ordering procedures in the base contract.
A multiple award IDIQ is an indefinite-delivery, indefinite-quantity contract awarded to two or more contractors for the same or similar requirements. The Government competed the base contract once, selected multiple awardees, and now has a pool of pre-qualified contractors to choose from when placing individual orders.
The FAR has a preference for multiple awards. FAR 16.504(c) states that the contracting officer must determine whether multiple awards are appropriate, and must justify a single award when the requirement supports multiple awardees. The logic is simple: maintaining competition at the order level keeps prices competitive and gives the Government more flexibility.
Common examples include agency-wide IT services contracts (like GSA Alliant or SEWP), professional services vehicles at major commands, and large logistics support contracts where multiple vendors can provide the same categories of supplies. Government-wide Acquisition Contracts (GWACs), Multi-Agency Contracts (MACs), and agency-specific multiple award vehicles all work the same way at the ordering level.
The theory of multiple award IDIQs becomes very concrete once you are in an operational contracting job. Two vehicle types dominate the landscape for most contracting officers.
MACCs and MATOCs. In operational contracting - at bases, installations, and field units - you will primarily encounter MACCs (Multiple Award Construction Contracts) for construction work and MATOCs (Multiple Award Task Order Contracts) for services. Some offices use these terms interchangeably; others use MATOC as the broader category and MACC specifically for construction. Either way, the concept is the same: a pool of pre-qualified contractors on the same vehicle, competing for individual task orders. A base civil engineer contracting office might have a MACC with 6 to 10 construction firms. When a new project comes in, they run fair opportunity among those awardees, evaluate proposals, and award a task order.
GSA OASIS. For professional services, the big government-wide vehicle is GSA OASIS (One Acquisition Solution for Integrated Services). OASIS covers a broad range of professional, technical, and management services - program management, logistics, engineering, financial management, IT services, and more. Agencies across the government use OASIS to place service task orders without running a full open-market procurement. GSA also has OASIS+, the next generation of the vehicle with updated terms and a broader scope.
For decentralized contracts, also reach out to the contract-holding office (the agency that awarded and administers the base contract) before you place your first order. They can answer vehicle-specific questions, confirm your requirement is within scope, and point you to current ordering guides and any updates to procedures. For OASIS, that is GSA's OASIS Program Management Office. Getting a quick answer from the source is far better than discovering after award that you ran the wrong process.
Centralized (MATOC at Base X): The 772d CONS awarded the MATOC and places all task orders. When the civil engineer office needs a service, they submit a requirement to the contracting office, which runs fair opportunity among the 8 awardees and issues the task order - all within the same contracting office.
Decentralized (GSA OASIS): Your agency wants to award a program management support task order. GSA holds the OASIS contract. Your agency's CO is the ordering contracting officer. You log into the OASIS ordering portal, follow GSA's ordering guide procedures, run fair opportunity among the OASIS awardees in the relevant pool, and issue the task order - but the base contract terms were set by GSA, not you.
FAR 16.505(b)(1) requires that each awardee be given a fair opportunity to be considered for each order exceeding the simplified acquisition threshold (currently $250,000). For orders at or below the simplified acquisition threshold, the contracting officer has broader discretion on procedures, but still must treat awardees fairly.
Fair opportunity is not the same as full and open competition under FAR Part 6. You are not going back to the street. You are competing among the contractors who already hold the contract. The process is typically faster and less formal than a new procurement, but it still requires structure and documentation.
At its core, fair opportunity means: you notify all awardees of the requirement, give them a reasonable chance to respond, and select the awardee whose response represents the best value to the Government based on the evaluation criteria stated in the order request. You cannot pre-select a contractor and then go through the motions of fair opportunity just to check a box.
The base contract should describe the ordering procedures, including how fair opportunity will be conducted. Some contracts prescribe a specific process (submit proposals through a portal, respond within 10 business days, etc.). Others leave more flexibility to the ordering contracting officer. Either way, read the ordering procedures before you start.
While the specifics vary by contract, the typical fair opportunity process follows this general flow:
There are situations where the contracting officer can place an order with a specific contractor without providing fair opportunity to the others. FAR 16.505(b)(2) identifies four statutory exceptions. These are narrow, and each requires written justification and approval before the order is placed.
The agency need is so urgent that providing fair opportunity would result in unacceptable delays. This is not "the program office waited too long to submit the requirement." This is genuine urgency - a natural disaster, a safety issue, or a time-critical mission need that cannot wait for the fair opportunity process.
Only one awardee is capable of providing the required supplies or services at the level of quality required because the supplies or services are unique or highly specialized. Remember, you are only looking at the contractors who already hold the IDIQ, not the entire market. If only one of the awardees can do this particular work, that is your justification.
The order is a logical follow-on to an order already issued under the contract, and only the original awardee can reasonably perform the work. This applies when switching contractors mid-effort would be impractical or would significantly increase cost or risk - for example, a contractor already has the security clearances, institutional knowledge, and infrastructure in place for an ongoing project.
The order is necessary to satisfy the minimum guarantee to a particular contractor. If an awardee is approaching the end of the ordering period and the Government has not yet met the guaranteed minimum, you can direct an order to that contractor to fulfill the obligation. This prevents a breach of contract claim.
For DoD, NASA, and the Coast Guard, orders exceeding $6 million have additional requirements under FAR 16.505(b)(1)(iv). These enhanced competition requirements push the ordering process closer to a formal source selection:
A formal evaluation. The contracting officer must provide a notice to all awardees, allow a reasonable response period, evaluate proposals using the criteria in the order request, and document the rationale for the selection decision. For orders over $6 million, this documentation needs to be more robust than a simple best value memorandum - it should read like a source selection decision document.
Post-award notifications. If an awardee requests it, the contracting officer must provide a brief explanation of the basis for the selection within 3 business days. This is analogous to a debriefing in a traditional source selection, though more limited in scope.
The scope, pricing, and funding rules from single award IDIQs apply here too - every order must be within the scope of the base contract, the pricing must be consistent with the contract terms, and each order must be properly funded. But multiple award IDIQs add a wrinkle: you are evaluating price proposals from multiple contractors, which means you need to compare them.
Scope is still paramount. All the same scope rules from Topic 29 apply. The order must be within the scope of the base contract as competed. Out-of-scope orders on a multiple award IDIQ are arguably even more problematic because the other awardees can protest that they were denied a fair opportunity to compete for work that should have been a separate procurement.
Price evaluation. When evaluating fair opportunity responses, you compare prices across the proposals received. The base contract rates provide a ceiling, but contractors can offer lower prices on individual orders to win the work. Evaluate whether proposed prices are fair and reasonable by comparing among the competitors and against the contract rates.
Funding is per-order. Just like single award, each order is funded individually. The same severable/non-severable and fiscal year rules apply. One additional consideration: if you are placing orders against a Government-wide contract (GWAC) or multi-agency contract (MAC), your agency may need to pay an administrative fee to the contract-holding agency. Factor that into the funding.
This is where multiple award IDIQs get interesting. Unlike traditional contract awards where protests go to GAO under FAR Part 33, order-level protests have their own rules and forums.
The agency-level protest comes first. FAR 16.505(a)(10) requires that the base contract include a task-order and delivery-order protest procedure. Before going to GAO or the Court of Federal Claims, a protester must first file at the agency level and receive a decision (or have the time for decision expire). This is an internal review - typically handled by a level above the contracting officer who issued the order.
GAO jurisdiction. GAO can hear protests of orders placed under multiple award IDIQ contracts, but only for orders exceeding $25 million (for DoD, NASA, and Coast Guard) or $10 million (for civilian agencies). Below those thresholds, the agency-level protest is the only formal remedy. GAO has 100 days to issue a decision on task order protests, just like other protests.
Court of Federal Claims. The COFC has jurisdiction over task order protests above the same dollar thresholds as GAO. Contractors can choose to file at GAO or COFC, but not both simultaneously for the same protest grounds.
You place a $15 million task order on a DoD multiple award IDIQ without providing fair opportunity to one of the awardees. That awardee files an agency-level protest. The agency sustains the protest. Now what? You either cancel the order and re-compete it with fair opportunity, or you document a valid exception to fair opportunity. If the agency had denied the protest and the order exceeded $25 million, the protester could have taken it to GAO or COFC.
Skipping fair opportunity. The most common and most protestable mistake. Directing an order to a specific contractor without running a fair opportunity process or documenting an exception is a textbook protest scenario. Even if you believe the contractor is the best choice, you must follow the process.
Vague or missing evaluation criteria. If your order request does not tell contractors how you will evaluate their proposals, you cannot defend your selection decision. State the criteria up front. Price, technical approach, past performance, relevant experience - whatever matters for this order, say so before you receive proposals.
Inadequate documentation. A one-sentence selection memo that says "Contractor A was the best value" is not sufficient. Document what each contractor proposed, how each proposal was evaluated against the stated criteria, and why the selected contractor was the best value. If someone reads your file two years later, they should be able to understand the decision without talking to you.
Unreasonable response times. Giving awardees 48 hours to respond to a complex task order request is not fair opportunity. The response time needs to be proportional to the complexity of the requirement. A simple delivery order might warrant 5 business days. A complex engineering task order might need 15 to 20.
Scope creep through orders. Using the IDIQ to order work that stretches beyond the original scope. This is especially tempting on multiple award vehicles because they tend to be broad - but "broad" is not "unlimited." Every order still needs to be within the competed scope.
Confusing fair opportunity with FAR Part 6. Fair opportunity is not full and open competition. You do not need a synopsis, a determination and findings, or a J&A (Justification and Approval under FAR 6.3). The exceptions to fair opportunity have their own justification process under FAR 16.505(b)(2). Do not conflate the two frameworks.
The ordering guide for GSA's government-wide professional services vehicle. Required reading before placing any OASIS task order - covers pools, fair opportunity procedures, the ordering portal, and fees.
Open GSA OASIS+The primary ordering reference for indefinite-delivery contracts. Contains fair opportunity requirements, exceptions, enhanced competition rules, and protest procedures.
Open FAR 16.505The specific subsection governing fair opportunity and its exceptions for multiple award IDIQ orders. The section you will reference most often.
Open FAR 16.505(b)Establishes the preference for multiple awards and the conditions under which a contracting officer may determine that a single award is appropriate.
Open FAR 16.504The full subpart covering all indefinite-delivery contract types including requirements contracts, definite-quantity, and indefinite-quantity.
Open FAR 16.5General GAO protest procedures. Combined with FAR 16.505(a)(10), covers how task and delivery order protests are handled at the GAO level.
Open FAR 33.104DoD-specific supplements to FAR Part 16, including SPRS requirements, $15M debriefing rules, one-offer procedures, and LPTA restrictions at the order level.
Open DFARS 216The Revolutionary FAR Overhaul changes to Part 16, including on-ramps/off-ramps, pricing deferral, BPAs under IDIQs, task-order ombudsman, and innovative ordering approaches.
Open RFO Part 16When the IDIQ has one awardee, there is no order-level competition. Learn the simpler side of IDIQ ordering first.
Open Topic 29